Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
MODIFICATION

Z -- Unit 1 and 2 Turbine/Generator Rehab at Philpott Powerhouse in Basset, VA

Notice Date
5/22/2020 5:01:24 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127820R0069
 
Response Due
11/3/2020 12:00:00 PM
 
Archive Date
11/18/2020
 
Point of Contact
Joan Rensink, Phone: 2514416172, Laura R. Knight, Phone: 2516943735
 
E-Mail Address
joan.a.rensink@usace.army.mil, laura.r.knight@usace.army.mil
(joan.a.rensink@usace.army.mil, laura.r.knight@usace.army.mil)
 
Description
The Government intends to award one Firm Fixed Price 'C' type contract as a result of this solicitation. The work to be performed under this contract consists of perform all work required to rehab two hydroelectric generating turbine units at Philpott Powerhouse, Basset, VA. �The contractor shall be responsible for field verifying existing drawings and creating as-built drawings. The contractor shall furnish all labor, material, and equipment to perform this work in strict accordance with the detailed requirements of the Scope of Work (SOW) specifications and associated drawings. The work described within these specifications shall include, but not necessarily be limited to the following: Perform all work required to comply with the site operations, environmental protection, and safety and health provisions. Perform all work required for painting including lead-based paint removal and disposal. Perform all work required for miscellaneous welding, machinist, electrician, and other skilled craftsman hire. Replace draft tube man door. Replace mounts for turbine maintenance platform (TMP). Design, manufacture, prepare, and load for shipment, deliver f.o.b. destination, and unload the Francis turbine runner and appurtenances. The runner design will using computer aided turbine design and numerical flow simulation methods, and evaluation techniques. Design, manufacture, prepare, and load for shipment, deliver f.o.b. destination, and unload the wicket gates. The wicket gate design will using computer aided turbine design and numerical flow simulation methods, and evaluation techniques. Disassemble generating unit by removing rotating and stationary components and related ancillary systems. Perform alignment investigations and provide recommendations. Analyze and provide recommendation on the wicket gate mechanism component and shear linkage design. Inspect and refurbish, or replace miscellaneous turbine and generator mechanical components and piping including but not limited to: brake cylinders, brake rings (option), wicket gate shear linkages, runner wearing rings, turbine shaft packing box and gland, wicket gate packing boxes and glands, servomotor, seals, runner coupling bolts, and other components as specified. Disassemble, inspect, and refurbish the gate shaft and operating ring. Replace all greased bushings with self-lubricating and rehabilitate or replace all mating journals and running surfaces to stainless steel. Work shall include line boring of the bottom ring and head cover bushing housings and bushings. Remove grease lines, plug holes, and equipment. All grease lines and equipment will remain property of the Government. Perform draft tube liner inspection and repair. Replace generator air coolers and size appropriately to the uprated generator. Inspect turbine and generator guide bearings and generator thrust bearings with option for refurbishment.� Inspect thrust bearings with option for refurbishment. Supply and install RTDs for each bearing shoe for the Thrust and Generator Guide Bearings. Replace cooling and packing water piping 1 �"" and smaller (steel) or 3"" and smaller (copper). Remove existing generator fire protection system (high pressure CO2) and replace with new low pressure CO2 system. Reassemble generating unit with a new turbine runner and appurtenances and other rehabilitated and replacement components. Clean turbine pit, generator, and work and storage areas used by the Contractor. Dispose of (recycle) grease, etc. Perform complete alignment of the turbine/generator unit. Perform pre and post operational tests on the generating unit. Design, manufacture, and perform voltage endurance testing on four (4) total prototype coils (only required for first unit). Design, manufacture, shop test, prepare and load for shipment, deliver f.o.b. destination, and unload one complete set of stator coils and all accessories specified herein. Furnish new stator core. Replace the rotor field poles. Replace the existing pole bodies, remove the existing field coil insulation, reinsulate the existing field coils, assemble the reinsulated field coils with the new pole bodies, install new amortisseur winding, and reinstall pole assemblies on the rotor. Replace the field lead bus stand-off insulators from the slip ring to the field winding. Inspect and test the rotor. Install and test new stator winding and accessories specified herein. Remove existing and install new stator cores. Rewind rotating exciter armature. Reinsulate rotating exciter field winding. Refurbishment of collector rings and replacement of brushes, and brush holders. Supply spare parts. Perform generator special field tests. Perform start-up, commissioning, and testing of the generator. � � Perform electrical equipment/wiring removal and installation including replacement of cable, wiring, gauges/meters, miscellaneous relays, and RTDs within the air housing, turbine pit, and associated with all bearings as required and directed. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in System for Award Management (SAM) before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via SAM. Registration for plans and specifications should be made via SAM Internet Homepage. If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. N ote No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be electronic format with the proposal. N ote No. 3: Critical path method (network analysis system) is not required. N ote No. 4: For this job, a small business is defined as having average annual receipts of less than $39,500,000 for the past three years. N ote No. 5 All advertisements of Mobile District projects will be through the System for Award Management (SAM). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.sam.gov. Address questions concerning downloading of plans/specifications to the Contract Specialist indicated above. N ote No. 6: Site Visit information will be posted with the solicitation. N ote No. 7: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the ProjNet internet based system, and specifics will be contained in the RFP solicitation package available exclusively from SAM. Other forms of communicating RFIs to the Government will not be honored. The Government will try to respond to all questions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3cbeaec8f94a467b9e9b22239adda52f/view)
 
Place of Performance
Address: Bassett, VA 24055, USA
Zip Code: 24055
Country: USA
 
Record
SN05668735-F 20200524/200522230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.